SOLICITATION NOTICE
66 -- Videoscope
- Notice Date
- 9/5/2008
- Notice Type
- Modification/Amendment
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Fort Drum, 45 West Street, Fort Drum, NY 13602
- ZIP Code
- 13602
- Solicitation Number
- W91G6E82087603
- Response Due
- 9/9/2008
- Archive Date
- 3/8/2009
- Point of Contact
- Name: Marisa Lyon, Title: Contract Specialist, Phone: 3157726520, Fax: 3157728277
- E-Mail Address
-
marisa.lyon@us.army.mil;
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W91G6E82087603 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-09-09 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, Base Unit Videoscope: Olympus IPLEX FX IV8000, or equal. Salient characteristics: Base Unit: Dimensions: +/- 3% 9.8 inches x 6.3 inches x 11.2 inches. Weight: +/- 3% 10.8 pounds, including batter. Construction Cast magnesium alloy chassis. Hardware Connectors: Video Output: S-Video, Composite BNC (NTSC/PAL model specific); Audio input; Auxiliary connectors, and minimum 1 USB for direct flash drive recording and PC communication. LCD Specifications: LCD Size minimum 6-inches, maximum 7-inches diagonal. LCD Resolution: Minimum 1024x768. LCD Controls: Dedicated LCD power, brightness control and 180 degree image rotate buttons, on LCD panel. Power Supply: Internal battery with minimum 150 minutes of operating time. Supplied AC adapter with input voltage of 100 Volts to 240 Volts and supply frequency of 50/60 Hz. Carrying case: Pelican brand case made of Polypropylene Copolymer material, or equal. Carrying case weight, not to exceed 25 pounds. Software controls: 3x digital zoom; 7-step digital brightness control; +/- 3 contrast adjustment. 5-step adjustable gain control with brightness level balancing. Monochrome mode or Color emphasis. Adjustable CCD exposure time NTSC 17ms to 500ms/PAL 20ms to 500 ms. Selectable date, time, title display and image setting display. Recording Management Functions: Minimum 1 GB, able to hold up to at least 2 GB. Still image recording minimum resolution: NTSC 640x480 / PAL 768x576. Video recording minimum resolution: NTSC 320 x 240, PAL 348x288. Operating Environment: Unit must be operational in air temperatures ranging from 5.8 below zero degrees Fahrenheit to 120 degrees Fahrenheit; within a relative humidity of 15% to 90%; have liquid resistance and operable when exposed to machine oil, light oil, or 5% saline solution; unit must be operable in blowing rain conditions. Measurement Functionality: Must have Scalar and Stereo measurement functions to include: Distance between two points, based on a known measurement in the same image plane; distance between two points; Perpendicular distance between a point and a use-defined line; orthogonal depth/height distance between a point and a user-defined plane; multiple point circumference and area measurement; plot of cross section between two points; multiple measurements (distance, point to line and area) for two points. Unit must have total battery operation, and portability., 4, EA; LI 002, Scope Unit: Olympus IPLEX FX IV8420, or equal. Salient characteristics: Interchangeable scope, not to exceed 4.5 pounds. Scope diameter 4.0 mm; 2m total length. 4-way articulation angles to include: Up, Down, Right, Left, 130 degree minimum. Insertion Tube: Tough Taper Flex-design (or equal) with gradual increasing flexibility towards the distal end. TrueFeel scope tip articulation with electronic power-assisted, manual articulation. 2-stage indicator for high temperature warning. Handheld Control unit not to exceed 2.0 pounds with the following quick access buttons: Live mode, WiDER Gain Control, Brightness, Zoom, Freeze image, Record Still/Video, Articulation Control, Articulation Lock, Menu Access, Saved Recording Index Access, Quick Last Image Recall., 4, EA; LI 003, Tip Adapter: Olympus AT120D/FF-IV84, or equal. Salient characteristics: Green character color; 120 degree field of view, forward direction of view, depth of view 25 to ∞ mm.3.3 Fno. Distal end: Outer diameter: 4.0mm; Distal end: 19.6 mm. Tip adapter general specifications: Double threaded attachment with O-ring seal locking mechanism, multiple high intensity LED illumination. MUST HAVE automatic SmartTip Recognition Technology. Must be operational in air temperatures of 13 below zero degrees Fahrenheit to 212 degrees Fahrenheit, and in water temperatures of 50 degrees Fahrenheit to 86 degrees Fahrenheit, and relative humidity of 15% to 90%. Tips must be operable when exposed to machine oil, light oil, or 5% saline solution. Must be operable when underwater with secured viewing tip adapter and o-ring., 4, EA; LI 004, Tip Adapter: Olympus AT120S/FF-IV84, or equal. Salient characteristics: Green character color; 120 degree field of view, side direction of view, depth of view 6 to ∞ mm.6.0 Fno. Distal end: Outer diameter: 4.0mm; Distal end: 22.2 mm. Tip adapter general specifications: Double threaded attachment with O-ring seal locking mechanism, multiple high intensity LED illumination. MUST HAVE automatic SmartTip Recognition Technology. Must be operational in air temperatures of 13 below zero degrees Fahrenheit to 212 degrees Fahrenheit, and in water temperatures of 50 degrees Fahrenheit to 86 degrees Fahrenheit, and relative humidity of 15% to 90%. Tips must be operable when exposed to machine oil, light oil, or 5% saline solution. Must be operable when underwater with secured viewing tip adapter and o-ring., 4, EA; LI 005, Tip Adapter: Olympus AT120S/NF-IV84, or equal. Salient characteristics: Red character color; 120 degree field of view, side direction of view, depth of view 1 to 20mm. 9.6 Fno. Distal end: Outer diameter: 4.0mm; Distal end: 22.2 mm. Tip adapter general specifications: Double threaded attachment with O-ring seal locking mechanism, multiple high intensity LED illumination. MUST HAVE automatic SmartTip Recognition Technology. Must be operational in air temperatures of 13 below zero degrees Fahrenheit to 212 degrees Fahrenheit, and in water temperatures of 50 degrees Fahrenheit to 86 degrees Fahrenheit, and relative humidity of 15% to 90%. Tips must be operable when exposed to machine oil, light oil, or 5% saline solution. Must be operable when underwater with secured viewing tip adapter and o-ring., 4, EA; LI 006, Stereo Tip Adapter: Olympus AT50D/50D-IV84, or equal. Salient characteristics: Blue character color; 50 degree/50 degree field of view; Forward/Forward direction of view, depth of view 5 to ∞ mm. 7.5 Fno. Distal end: Outer diameter: 4.0mm; Distal end: 25.0 mm. Tip adapter general specifications: Double threaded attachment with O-ring seal locking mechanism, multiple high intensity LED illumination. MUST HAVE automatic SmartTip Recognition Technology. Must be operational in air temperatures of 13 below zero degrees Fahrenheit to 212 degrees Fahrenheit, and in water temperatures of 50 degrees Fahrenheit to 86 degrees Fahrenheit, and relative humidity of 15% to 90%. Tips must be operable when exposed to machine oil, light oil, or 5% saline solution., 4, EA; LI 007, Stereo Tip Adapter: Olympus AT50S/50S-IV84, or equal. Salient characteristics: Blue character color; 50 degree/50 degree field of view; Side/Side direction of view, depth of view 4 to ∞ mm. 7.5 Fno. Distal end: Outer diameter: 4.0mm; Distal end: 28.8 mm. Tip adapter general specifications: Double threaded attachment with O-ring seal locking mechanism, multiple high intensity LED illumination. MUST HAVE automatic SmartTip Recognition Technology. Must be operational in air temperatures of 13 below zero degrees Fahrenheit to 212 degrees Fahrenheit, and in water temperatures of 50 degrees Fahrenheit to 86 degrees Fahrenheit, and relative humidity of 15% to 90%. Tips must be operable when exposed to machine oil, light oil, or 5% saline solution., 4, EA; LI 008, Compact Flash Card: 2GB Sandisk CompactFlash, or equal. Must be 2 GB, and must be fully compatible with other Line Items within this solicitation., 4, EA; LI 009, USB Flash Drive: 2GB Sandisk Cruzer Titanium USB 2.0 Portable Flash Drive Data Storage Devise, or equal. Must be 2 GB, and must be fully compatible with other Line Items within this solicitation., 4, EA; For this solicitation, USA ACA Ft. Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required non-pricing responses (e.g. technical proposal, representations and certifications, etc) directly to marisa.lyon@us.army.mil (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses and apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor;52.222-19, Child Labor--Cooperation with Authorities and Remedies;52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans;52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Person; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.225-13, Restrictions on Certain Foreign Purchases;52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration;The following DFARS clauses in paragraph (b) of DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment;252.211-7003, Item Identification and Valuation. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.). Standard delivery terms are 30 days after receipt of order. Quoted delivery dates in excess of 30 days may be considered. New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=53e2940500ee09f35a692842bb316467&tab=core&_cview=1)
- Place of Performance
- Address: Fort Drum, NY 13602<br />
- Zip Code: 13602<br />
- Zip Code: 13602<br />
- Record
- SN01661317-W 20080907/080905222458-53e2940500ee09f35a692842bb316467 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |